HomeMy WebLinkAboutCAP 2016-05-09 Item 2A - Agreement - Duwamish Hill Preserve Phase 2B Design with Hanson MetteTO:
FROM:
BY:
City of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
Community Affairs and Parks Committee
Rick Still, Parks and Recreation Director
Dave Johnson, Parks and Recreation Manager
CC: Mayor Ekberg
DATE: April 25, 2016
SUBJECT: Agreement for Services for Duwamish Hill Preserve Phase 2B
ISSUE
Authorize Mayor to sign Agreement for Service with Mette Hanson, M.S. for work to be done at
Duwamish Hill Preserve (DHP).
BACKGROUND
On April 18, 2016, the City Council authorized the Mayor to sign agreement to accept the Grant
award from 4Culture for $200,000 for Phase 2B work to be completed at DHP. The funding
through this grant includes an Entrance Kiosk, Interpretive Benches, Interpretive Signs, and
installation and establishment of cultural landscape area.
DISCUSSION
During design of Phase 2, the City entered into agreement with SvR Design Co which included
interpretive design. Mette Hanson was the interpretive design consultant retained by SvR to
complete that work, which included design and installation of the seasonal round artwork. Ms.
Hanson also designed the etched metal bench backs which interpret the cultural and natural
history stories that are in Phase 1 at DHP. Attached are photos of her past work at the site. In
order to provide continuity and consistency at DHP, the City has worked with Ms. Hanson to
develop the scope of work to provide services to continue with the proposed preservation of the
site. This work will include design, materials, and construction of Etched Metal Signs and
Entrance Kiosk, as well as design and sourcing of the bench blocks.
FINANCIAL IMPACT
This agreement for services is not to exceed $48,298 and is funded through the recently
accepted 4Culture grant.
RECOMMENDATION
As this agreement exceeds $40,000, Council is being asked to forward this item to the Consent
Agenda at the May 16, 2016 Regular Meeting to authorize the Mayor to sign the agreement.
ATTACHMENTS
- Agreement for Services - Mette Hanson, M.S.
- Exhibit A — Scope of Work
- Photos of past work at the site.
2
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
CONTRACT FOR SERVICES
Contract Number:
This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter
optional municipal code city hereinafter referred to as the City,'' and Mette Hanson, M.S., hereinafter
referred to as the Contractor," whose principal office is located at 10751 Fremont Ave. N, Seattle, WA
98133.
WHEREAS, the City has determined the need to have certain services performed for its citizens
but does not have the manpower or expertise to perform such services; and
WHEREAS, the City desires to have the Contractor perform such services pursuant to certain
terms and conditions; now, therefore,
IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties
hereto agree as follows:
Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform
those services described on Exhibit A attached hereto and incorporated herein by this reference as if
fully set forth. In performing such services, the Contractor shall at all times comply with all Federal,
State, and Vocal statutes, rules and ordinances applicable to the performance of such services and
the handling of any funds used in connection therewith. The Contractor shall request and obtain
prior written approval from the City if the scope or schedule is to be modified in any way.
2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered
according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by
this reference. The total amount to be paid shall not exceed $48,298.00.
• Contractor Budget. The Contractor shall apply the funds received under this Agreement within the
maximum limits set forth in this Agreement. The Contractor shall request prior approval from the
City whenever the Contractor desires to amend its budget in any way.
4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing
May 17, 2016 and ending December 31, 2016, unless sooner terminated under the provisions
hereinafter specified.
5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor
with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be
considered to create the relationship of employer and employee between the parties hereto. Neither
Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees
by virtue of the services provided under this Agreement. The City shall not be responsible for
withholding or otherwise deducting federal income tax or social security or contributing to the State
Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the
Contractor, or any employee of the Contractor.
CA Revised 2013
Page 1 of 4
3
6. Indemnification. The Contractor shall defend, indemnify and hold the City, its officers, agents,
officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or
suits including attorney fees, arising out of or in connection with the performance of this Agreement,
except for injuries and damages caused by the sole negligence of the City. Should a court of
competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event
of liability for damages arising out of bodily injury to persons or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, its officers, officials,
employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the indemnification
provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by
the parties. The provisions of this section shall survive the expiration or termination of this
Agreement.
7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance
against claims for injuries to persons or damage to property which may arise from or in connection
with the performance of the work hereunder by the Contractor, their agents, representatives,
employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and
limits as required herein shall not be construed to limit the liability of the Contractor to the coverage
provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits
described below:
1. Automobile Liability insurance with a minimum limit of $50,000 for bodily injury and $50,000
for property damage per accident. Automobile liability insurance shall cover all owned, non-
owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office
(ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary,
the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence,
$2,000,000 general aggregate and $2,000,000 products-completed operations aggregate
limit. Commercial General Liability insurance shall be written on ISO occurrence form CG 00
01 and shall cover liability arising from premises, operations, independent contractors,
products-completed operations, personal injury and advertising injury, and liability assumed
under an insured contract. The Commercial General Liability insurance shall be endorsed to
provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an equivalent
endorsement. There shall be no endorsement or modification of the Commercial General
Liability Insurance for liability arising from explosion, collapse or underground property
damage. The City shall be named as an insured under the Contractor's Commercial General
Liability insurance policy with respect to the work performed for the City using ISO Additional
Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General
Liability insurance policies are to contain, or be endorsed to contain that they shall be primary
insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage
maintained by the City shall be excess of the Contractor's insurance and shall not contribute with
it.
CA Revised 1-2013 Page 2 of 4
4
C. Acceptability of Insurers. insurance is to be placed with insurers with a current A.M. Best
rating of not less than A: VI
D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy
of the amendatory endorsements, including but not necessarily limited to the additional insured
endorsement, evidencing the insurance requirements of the Contractor before commencement of
the work.
E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance
coverage and limits required, if any, to be obtained by subcontractors, which determination shall
be made in accordance with reasonable and prudent business practices.
F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this
work with written notice of any policy cancellation, within two business days of their receipt of
such notice.
G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance
as required shall constitute a material breach of contract, upon which the City may, after giving
five business days notice to the Contractor to correct the breach, immediately terminate the
contract or, at its discretion, procure or renew such insurance and pay any and all premiums in
connection therewith, with any sums so expended to be repaid to the City on demand, or at the
sole discretion of the City, offset against funds due the Contractor from the City,
Record Keeping and Reporting.
A. The Contractor shall maintain accounts and records, including personnel, property, financial and
programmatic records which sufficiently and properly reflect all direct and indirect costs of any
nature expended and services performed in the performance of this Agreement and other such
records as may be deemed necessary by the City to ensure the performance of this Agreement.
B. These records shall be maintained for a period of seven (7) years after termination hereof unless
permission to destroy them is granted by the office of the archivist in accordance with RCW
Chapter 40.14 and by the City.
9. Audits and Inspections. The records and documents with respect to all matters covered by this
Agreement shall be subject at all times to inspection, review or audit by law during the performance
of this Agreement.
10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor
thirty (30) days written notice of the City's intention to terminate the same. Failure to provide
products on schedule may result in contract termination. If the Contractor's insurance coverage is
canceled for any reason, the City shall have the right to terminate this Agreement immediately.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age,
veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the
presence of any disability in the selection and retention of employees or procurement of materials or
supplies.
12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the
services contemplated by this Agreement without the written consent of the City.
CA Revised 1-2013
Page 3 of 4
5
13. Entire A eement Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Contractor and
supersedes all prior negotiations, representations, or agreements written or oral. No amendment or
modification of this Agreement shall be of any force or effect unless it is in writing and signed by the
parties.
14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or
unenforceable or limited in its application or effect, such event shall not affect any other provisions
hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement,
which by their sense and context are reasonably intended to survive the completion, expiration or
cancellation of this Agreement, shall survive termination of this Agreement.
15. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk, City of Tukwila
6200 Southcenter Blvd.
Tukwila, Washington 98188
Notices to the Contractor shall be sent to the address provided by the Contractor upon the
signature line below,
16. Applicable Law; Venue; Attorney's Fees. This Agreement shall be governed by and construed in
accordance with the laws of the State of Washington. In the event any suit, arbitration, or other
proceeding is instituted to enforce any term of this Agreement, the parties specifically understand
and agree that venue shall be properly laid in King County, Washington. The prevailing party in any
such action shall be entitled to its attorney's fees and costs of suit.
DATED this day of , 20
CITY OF TUKWILA CONTRACTOR
Allan Ekberg, Mayor
ATTEST/AUTHENTICATED:
By:
Printed Name and Title: Mette Hanson, M.S.
Address: 10751 Fremont Ave. N.
City Clerk, Christy O'Flaherty Seattle, WA 98133
APPROVED AS TO FORM:
Office of the City Attorney
CA Revised 1-2013 Page 4 of 4
6
EXHIBIT A
Scope of Work 2016-17
Duwamish Hill Preserve Phase 2b
Mette Hanson, MS
1, Etched Metal Signs & Frames - Design, fabrication and installation of Cultural Garden Signs (10),
Introduction sign (1), Wayfinding sign (1)
A Design and Project Management
1 Content development, illustration and design
2 File set-up for sign etching
2 Project management
B Materials
1 Etched stainless steel signs (Ind, etching, paint fill, random orbital sanding)
3 Aluminum channel for sign supports
4 Cut top curve, bend and weld sign supports
5 Waterjet cutting images in sign supports
6 Shipping and delivery fees
C Construction
1 Concrete footing and sign installation + plants and restoration work as needed
SUB-TOTAL
2. Entrance Kiosk - Design, fabrication and installation of kiosk and signage
A Design and Project Management
Kiosk design
2 Kiosk Project management
3 Signage Design
B Materials
1 Kiosk
2 Kiosk
3 Kiosk
4 Kiosk
5 Kiosk
6 Kiosk
7 Signage
marine plywood
fir for laminated roof supports / framing
cedar shakes + roofing materials
custom metal armature / sign support
concrete footings + brackets
shipping and delivery fees
materials and printing
$1,533
$767
$4,928
53,500
$1,600
$2,600
$1,750
$200
52,300
$19,177
52,409
53,066
55,366
5300
5500
5400
52,500
5450
$100
$3,000
C Construction
1 Kiosk custom build w/curved roof and natural timbers 55,000
2 Kiosk installation (w/ galvanized steel brackets bedded in buried concrete footings 2ft X 3ft) 51,500
3 Signage installation $400
SUB-TOTAL $24,991
7
EXHIBIT
Scope of Work 2016-17
Duwamish Hill Preserve Phase 2b
K4ette Hanson, N1S
3. Sandstone Bench blocks
A Design and Project Management
1 Source and/or design sandstone alternate (not to exceed) 1,000
2 Project Management (not to exceed) 1,000
SUB-TOTAL 2,000
PROJECT SUB-TOTAL � 46,168
CONTINGENCY �2/130
PROJECT TOTAL --- ------���---' - -----�---- � 48,298
* includes all applicable Sales
8
Seasonal Round Artwork
0
Etched
e a|Benchback
,